Skip to main content

An official website of the United States government

You have 2 new alerts

DA10--VA-24-00016627 VA Audio Response Software as a Service (SaaS) Solution

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Sources Sought (Updated)
  • Updated Published Date: Jan 22, 2024 07:12 am EST
  • Original Published Date: Oct 19, 2023 04:46 pm EDT
  • Updated Response Date: Jan 29, 2024 09:00 am EST
  • Original Response Date: Nov 02, 2023 03:00 pm EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Apr 28, 2024
  • Original Inactive Date: Jan 01, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: DA10 - IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE
  • NAICS Code:
    • 541519 - Other Computer Related Services
  • Place of Performance:
    ,

Description

The Purpose of this amendment to the VA Audio Response SaaS RFI is to provide a revised draft of the Performance Work Statement with a change to the requirement of the solution being FedRAMP High at time of award to no later than 24 months after contract award. Interested parties should respond confirming that their SaaS solution can meet the requirements of the PWS to include their SaaS solution being certified FedRAMP High no later than 24 months after contract award. There is a 20-page limitation for this Amended RFI. The Government will not review any other information or attachments included in excess of the 20-page limit. NO MARKETING MATERIALS ARE ALLOWED AS PART OF THIS RFI. Capability statements that do not address the specific requirements in the RFI may not be accepted or reviewed. Your response must include the following: Interested Vendors shall at a minimum, provide the following information in the initial paragraph of the submission: Name of Company Address Point of Contact Phone Number Email address Company Business Size and Status For VOSB and SDVOSBs, proof of verification in VetCert. NAICS code(s) Socioeconomic data Data Universal Numbering System (DUNS) Number and SAM Unique Entity ID Existing Contractual Vehicles (GWAC, FSS, or MAC) Provide a summary of your capability to meet the requirements as follows: Ability to meet solution requirements identified in Attachment 2 and the draft PWS. For each product identified, submit technical documentation demonstrating the products capability to meet the functional requirements.  Cross reference the Functional Requirement Item No. (e.g., 1.1 14.9) wherever possible. Describe the product s ability to interact with any Electronic Health Record (EHR) in use by the Department of Veterans Affairs (VA) (e.g., Veterans Health Information Systems and Technology Architecture (Vista) ,Oracle Cerner Millennium platform).  Provide an estimated ramp up (implementation) time that s tailored to meet the solution requirements. Describe the terms and pricing structure of your SaaS agreement. Provide a Rough Order of Magnitude (ROM) to include the following: General cost for implementation and configuration work General cost for interface/integration work General cost for the yearly enterprise license subscription General cost for the yearly operation and maintenance subscription Provide a list of your available license packages/suites. What is the expected lifecycle of your IVR product? Your company s intent and ability to meet the set aside requirement in accordance with VAAR 852.219-73 VA Notice of Total Set-Aside for Verified Service-Disabled Veteran-Owned Small Businesses and 13 CFR §125.6, which states the contractor will not pay more than 50 percent of the amount paid by the Government to it to firms that are not SDVOSBs. Responses are due no later than 9AM EST, January 29, 2024 via email to Lauren Sankar, Contract Specialist at Lauren.Sankar@va.gov and John Fields, Contracting Officer at John.Fields3@va.gov. Please note VA Audio Response SaaS in the subject line of your response. Mark your response as Proprietary Information if the information is considered business sensitive. The email file size shall not exceed 5 MB.

Contact Information

Contracting Office Address

  • 23 CHRISTOPHER WAY
  • EATONTOWN , NJ 07724
  • USA

Primary Point of Contact

Secondary Point of Contact





History